- 1. Glasgow City Council
- 2. Angus Council
- 3. West Dunbartonshire Council
- 4. East Dunbartonshire Council
- 5. South Lanarkshire Council
- 6. Renfrewshire Council
- 7. East Renfrewshire Council
- 8. Stirling Council
- 9. Clackmannanshire Council
- 10. Dumfries and Galloway Council
- 11. NHS Greater Glasgow and Clyde
- 12. North Ayrshire Council
- 13. Falkirk Council
- 14. Scottish Borders Council
- 15. Dumfries & Galloway Housing Partnership Ltd.
Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
James Cook
Telephone
+44 1412876429
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
Telephone
+44 3452777778
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
Corporate.Procurement@west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
https://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
procurement@eastdunbarton.gov.uk
Telephone
+44 1415745750
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
procurement_service@southlanarkshire.gov.uk
Telephone
+44 1698454184
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Telephone
+44 3003000300
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
ercprocurement@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
one.1) Name and addresses
Stirling Council
Strategic Commissioning, Old Viewforth
Stirling
FK8 2ET
Telephone
+44 1786233384
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
one.1) Name and addresses
Clackmannanshire Council
Kilncraigs, Greenside Street
Alloa
FK10 1EB
Telephone
+44 1259450000
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
http://www.clacks.gov.uk/business/corporateprocurementprocess/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00260
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
Procurement.Tenders@dumgal.gov.uk
Telephone
+44 3033333000
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
support@ggcprocurementcustomerservices.zendesk.com
Telephone
+44 1412114646
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
procurement@North-Ayrshire.gov.uk
Telephone
+44 1294310000
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.1) Name and addresses
Falkirk Council
Municipal Buildings, West Bridge Street
Falkirk
FK1 5RS
Telephone
+44 1324506566
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.1) Name and addresses
Scottish Borders Council
Council Headquarters
Newtown St Boswells
TD6 0SA
procurement@scotborders.gov.uk
Telephone
+44 1835824000
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
one.1) Name and addresses
Dumfries & Galloway Housing Partnership Ltd.
Grierson House, The Crichton, Bankend Road
Dumfries
DG1 4ZS
Telephone
+44 1387242500
Fax
+44 1387242509
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11362
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://wwwpublictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://wwwpublictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
http://wwwpublictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework For Stair Lifts, Access Lifts, Track Hoist Systems and Slings - Incl Supply,Delivery, Installation, Removal, Repair, Servicing and Thorough Examination
Reference number
GCC004822CPU - PCS-T Project _17997
two.1.2) Main CPV code
- 51511100 - Installation services of lifting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Glasgow City Council invites tender bids for the framework for the provision of supply, installation, removal, repair, servicing and thorough examination of stair lift, access lifts, track hoist systems and slings.
The contract is expected to run for a period of 3 years commencing on the 21st June 2021 and ending on 20th June 2024. The council will have an option to extend for a further contract period of up to 15 months which will be exercised by the council serving notice on the bidder in accordance with the terms and conditions.
two.1.5) Estimated total value
Value excluding VAT: £22,737,500
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Supply, Delivery Installation, Removal, Storage, Recondition, Repair and Servicing of Track Hoist System (Ceiling Track Hoists, Gantry Frame Hoists and Portable Track Hoists) and Slings
Lot No
3
two.2.2) Additional CPV code(s)
- 42416300 - Hoists
- 33192600 - Lifting equipment for health care sector
- 51511100 - Installation services of lifting equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow, UK
two.2.4) Description of the procurement
The council invites Tender bids for the supply, delivery, installation, removal, recondition, repair and servicing of track hoist systems including
ceiling track hoists, gantry frame hoists and portable track hoists as well as slings to dwellings within the local authority geographical area.
This is a managed service being provided by the council and the successfull bidder(s) will require to provide the
service to the Equipu Partnership and other local authorities.
Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council , West
Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.
Other Local Authorities: - Falkirk Council and North Ayrshire Council.
The successful bidder will be required to provide a full supply, delivery, installation and removal service, for track hoist systems including
ceiling track hoists, gantry frame hoists and portable track hoists and slings. This will also include the storage and reconditioning of removed equipment to the agreed standard for future installation as required. Provide servicing and a repair service which shall include an Out of Hours Service for track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists located within dwellings within the local authority geographical areas.
two.2.5) Award criteria
Quality criterion - Name: Contract Delivery / Weighting: 15%
Quality criterion - Name: Business Continuity / Weighting: 4%
Quality criterion - Name: Equipment Recycling / Weighting: 6%
Quality criterion - Name: Repair and Warranties / Weighting: 5%
Quality criterion - Name: Innovation / Weighting: 2%
Quality criterion - Name: Training / Weighting: 8%
Quality criterion - Name: Environmental / Weighting: 3%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 52%
two.2.6) Estimated value
Value excluding VAT: £1,912,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
51
This contract is subject to renewal
Yes
Description of renewals
This Framework will run for 3 years the council will have the option to extend for a period up to 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period, exercised by the council servicing notice on the supplier in accordance with the council’s Terms and Conditions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public
Contract (Scotland) Regulations 2015
two.2) Description
two.2.1) Title
Supply, Delivery, Installation, Removal, Storage, Recondition, Repair and Servicing of Stair Lift and Access Equipment (Through Floor, External Steps, Incline and Vertical Platform Lifts)
Lot No
1
two.2.2) Additional CPV code(s)
- 44115600 - Stairlifts
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow,UK
two.2.4) Description of the procurement
The council invites Tender bids for the supply, delivery, installation, removal, recondition, repair and service repair of stair lifts, access lifts including
through floor, external step lifts, vertical and incline platforms, to dwellings located within the local authorities or housing association
geographical area.
This is a managed service being provided by the council and the successfull bidder(s) will require to provide the
service to the Equipu Partnership, other local authorities and housing associations.
Equipu Partnership:- South Lanarkshire Council,East Dunbartonshire Council,Renfrewshire,East Renfrewshire Council,West
Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.
Other Local Authorities and Housing Associations: - North Ayrshire Council,Angus Council, Dundee Council,Stirling Council,Falkirk
Council,Clackmannanshire Council,Scottish Borders Council, Dumfries and Galloway Council and Dumfries and Galloway Housing Partnership.
The successful bidder will be required to provide a full supply, delivery, installation and removal service, this will also include the storage
and reconditioning of removed equipment to the agreed standard for future installation as required. Provide a servicing and repair service which shall
include an Out of Hours Service for all stair lift equipment, access lifts including through floor, external step lifts, vertical and incline
platform, to dwellings located within the named local authorities or housing association geographical area.
two.2.5) Award criteria
Quality criterion - Name: Contract Delivery / Weighting: 15%
Quality criterion - Name: Business Continuity / Weighting: 4%
Quality criterion - Name: Equipment Recycling / Weighting: 6%
Quality criterion - Name: Repair and Warranties / Weighting: 5%
Quality criterion - Name: Innovation / Weighting: 2%
Quality criterion - Name: Training / Weighting: 8%
Quality criterion - Name: Environmental / Weighting: 3%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 52%
two.2.6) Estimated value
Value excluding VAT: £17,850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
51
This contract is subject to renewal
Yes
Description of renewals
This Framework will run for 3 years the council will have the option to extend for a period up to 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period exercised by the
council serving notice on the successful bidder in accordance with the councils terms and conditions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public
Contract (Scotland)Regulations 2015
two.2) Description
two.2.1) Title
Thorough Examination under LOLER Regulations 1998 for Stair Lift and Access Equipment (Through Floor, External Step, Incline and Vertical Platform Lifts)
Lot No
2
two.2.2) Additional CPV code(s)
- 44115600 - Stairlifts
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50421000 - Repair and maintenance services of medical equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow, UK
two.2.4) Description of the procurement
The council invites tender bids for the delivery of a Thorough Examination under LOLER regulation
for stair lifts and access equipment, which shall include through floor, external steps, incline and vertical platform lifts within dwellings
and public areas located within the local authority or housing association geographical area.
This is a managed service being provided by the council and the successfull bidder will require to provide the
service to the Equipu Partnership, other local authorities and housing associations.
Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council, West
Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.
Other Local Authorities and Housing Associations: - North Ayrshire Council, Angus Council, Dundee Council Stirling Council, Falkirk Council,Clackmannanshire Council, Scottish Borders Council, Dumfries and Galloway Council and Dumfries and Galloway Housing Partnership.
The successful bidder will be required to deliver a Thorough Examination programme on a 6 monthly
basis for all equipment that is out with warranty.
The council will provide one month in advance a Thorough Examination schedule which will include details of the address and the Expiry date for the previous Thorough Examination.
The supplier is required to ensure that the Thorough Examination will comply with Lifting Equipment and Lifting Operations Regulations (LOLER) and Provision and Use
of Work Equipment Regulations (PUWER)and all associated
electrical, mechanical equipment and health & safety legislation.
two.2.5) Award criteria
Quality criterion - Name: Contact Delivery / Weighting: 13%
Quality criterion - Name: Business Continuity / Weighting: 3%
Quality criterion - Name: Innovation / Weighting: 2%
Quality criterion - Name: Training / Weighting: 4%
Quality criterion - Name: Environmental / Weighting: 3%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 70%
two.2.6) Estimated value
Value excluding VAT: £2,550,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
51
This contract is subject to renewal
Yes
Description of renewals
This Framework will run for 3 years the council will have the option to extend for a period up to 15 months a 12 month extension which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period exercised by the
council serving notice on the bidder in accordance with the councils terms and conditions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situation referred to in regulation 58 of the Public
Contract (Scotland) Regulations 2015
two.2) Description
two.2.1) Title
Thorough Examination under LOLER Regulations 1998 for Track Hoist Systems (Ceiling Track Hoist, Gantry Frame Hoists and Portable Track Hoists) and Slings.
Lot No
4
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50421000 - Repair and maintenance services of medical equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow, UK
two.2.4) Description of the procurement
The council invites tender bids for the delivery of Thorough Examination program under LOLER regulation
for track hoist systems, which shall include ceiling track hoists, gantry frame hoists and portable track hoists and slings located within dwellings
within the local authority geographical areas.
This is a managed service being provided by the council with the successfull bidder(s) will require to provide the
service to the Equipu Partnership and local authorities.
Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council, West
Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.
Other Local Authorities: - Falkirk Council and North Ayrshire Council.
The successful bidder will be required to deliver a Thorough Examination programme on a 6 monthly for all equipment and slings.
The council will provide bidder one month in advance a Thorough Examination schedule which will include details of the address and he expiry date of the previous Thorough Examination for the equipment and slings.
The successful bidder is required to ensure that the Thorough Examination will comply with Lifting Equipment and Lifting Operations Regulations (LOLER) and Provision and Use of Work Equipment Regulations (PUWER), all
associated electrical, mechanical equipment and health & safety legislation.
two.2.5) Award criteria
Quality criterion - Name: Contract Delivery / Weighting: 13%
Quality criterion - Name: Business Continuity / Weighting: 3%
Quality criterion - Name: Innovation / Weighting: 2%
Quality criterion - Name: Training / Weighting: 4%
Quality criterion - Name: Environmental / Weighting: 3%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 70%
two.2.6) Estimated value
Value excluding VAT: £425,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
51
This contract is subject to renewal
Yes
Description of renewals
This Framework will run for 3 years the council will have the option to extend for a period up to 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period, exercised by the council servicing notice on the supplier in accordance with the council’s Terms and Conditions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public
Contract (Scotland) Regulations 2015
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders must confirm which authorisation or membership of the relevant
organisation(s) are required to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must comply with the undernoted financial requirements on order to participate in the tendering process:-
There is a minimum financial requirement that affects Minimum Turnover, Trading Performance Ratio and Balance Sheet Strength.
Minimum Turnover - Applicable to Lot 1 only
Bidders require to have a minimum turnover level of SEVENTEEN MILLION EIGHT HUNDRED AND FIFTY THOUSAND STERLING GBP
Trading Performance Ratio
An overall positive outcome on Pre-Tax Profit to Turnover over a 3 year period
Exceptional items, occurring in the normal course of business, can be excluded from the calculation.
The above would be expressed in the ratio Pre-Tax Profit/Turnover.
Balance Sheet Strength
Net worth of the organisation must be positive
Intangibles can be included for purposes of the Total Assets figure
The above would be expressed in the ratio Total Assets/Total Liabilities
Intangibles can be included for purposes of the Net Worth figure.
The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House.
Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading.
Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.
Where the bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.
Minimum level(s) of standards possibly required
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent awarded
framework the type and levels of insurance indicated below:
Employer’s (Compulsory) Liability: TEN MILLION POUNDS GBP in respect of any one event and unlimited I the period.
Public Liability: FIVE MILLION POUNDS STERLING GBP in respect of any one event and unlimited in the period.
Product Liability: FIVE MILLION POUNDS STERLING GBP in respect of any one event and in the aggregate.
Professional Indemnity Insurance: FIVE MILLION POUNDS STERLING GBP in respect of any one event and in the aggregate. this shall be maintained Throughout the period of
the service and a further 6 years on completion of the service.
The above insurance shall be with an insurance company registered with the Financial conducts Authority (FCA) in the UK.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the goods and service as
described in part II2.4 of the Contract Notice and further detailed within the Invitation to Tender document.
Minimum level(s) of standards possibly required
Please provide two examples that demonstrate your business and or relied upon sub-contractor (if applicable) experience in delivering similar
services. (Examples from both public and or private sector customers and clients may be provided).
Your example MUST be from the last three years and provide detailed information on the following areas included but not limited to:-
Detailed description of the services delivered which will be applicable to the specific lot.
Contract value, date and duration of service.
Responses should not exceed 4 x A4 sided of paper for each example and should be submitted in Ariel font 11. Where a submission
exceeds the maximum number of sides of A4 paper requested, no account will be taken of the content of the contents beyond the maximum.
The weighting will be 50% for each example, with 100% attributed to the two examples required for this contract.
Minimum Pass Mark - a minimum combination pass mark of 60% out of 100% is required in total for this section. Any bidder who fails to
achieve the minimum score for this question will be excluded at this stage.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
KPI's for the Framework for Stair Lifts, Access Lifts and Track Hoist Systems including Supply, Delivery, Installation, Removal,Repair, service and Thorough Examination will be listed under Section 4 of the scope of service within the ITT
document under 4.16 Key performance Indicators (KPI) which will be found within the buyers attachment area within PCS-T, but may be
amended dependant on the specific requirements of the Framework for each Category throughout the term of the agreement.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 24
In the case of framework agreements, provide justification for any duration exceeding 4 years:
To take into account any TUPE considerations in future contract an additional 3 months is being added to this framework duration.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
14 April 2021
Local time
12:00pm
Changed to:
Date
16 April 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 12 August 2021
four.2.7) Conditions for opening of tenders
Date
14 April 2021
Local time
12:00pm
Place
Glasgow,UK
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This Framework is expected to run for 3 years. the council will have an option to extend the framework for up to an additional 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period, exercised by the council servicing notice on the supplier in accordance with the council’s Terms and Conditions.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
SPD Questions 4D.1, 4D.1.1, 4D.1.2 4D2, 4D.2.1 and 4D.2.2; Bidders must hold the certificates for Quality Assurance, Health and
Safety, Environmental Management Standards or comply with all the questions noted in SPD Section 4D.
Please refer to SPD Council Statements Appendix 12, uploaded into the buyer’s attachment area on PCS-T.
Health & Safety – Please complete Health & Safety Questionnaire for Lot 1-4. Bidders must complete the appropriate Lot Questionnaire as
part of their submission response. The Questionnaire will be evaluated pass or fail.
Freedom of Information Act – Information on the FOI Act is contained in Appendix A of the ITT. Bidders note the implications of the
legislations and ensure any information they wish the council to consider withholding is specifically indicated on the certificate contained
within the Technical response envelope within the PCS-T portal (The council does not bind itself to withholding this information).
Tenders Amendments Certificate – Bidders must enter any clause, condition, amendment to specification or any other qualification they
may wish to make conditional to this offer in the tenders amendment certificate contained within the Technical response envelope within
the PCS-T portal.
Prompt Payment Certificate – The successful bidder shall as a condition of being awarded to the framework will be required to demonstrate
to the council’s satisfaction that all funds due to the tenderers permitted sub-contractors in respect of these works are paid timeously and
that as a minimum invoices rendered by sub-contractors shall (unless formally disputed by the bidder) be paid within 30 days of receipt.
The successful bidder shall impose this condition on it sub-contractors in respect of payments due to any sub-contractors, if any.
Bidders are required to complete the Non Collusion Certificate contained in Technical response area in PCS-T portal.
All suppliers will be required to sign an Insurance Mandate in Technical response envelope within PCS-T portal. If it is not signed and
returned the Council reserve the right to request copies of Certificates from bidders at any point during the contract period.
Terms and conditions are located within the buyer’s attachment area with PCS-T portal.
Additional information pertaining to this contract notice is contained in the ITT and SPD Council Statements document - Appendix 03
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17997. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Bidders are required to review the Community Benefit Menu (provided within the Buyer’s attachment area within PCS-T) and indicate the
type and volume of Community Benefit outcomes which will be delivered should the cumulative contract spend for this framework.
Suppliers must complete all threshold tabs within the community benefit menu offering the corresponding point allocation for each threshold.
Suppliers will only be required to carry out the community benefits offered if spend reaches the relevant threshold.
(SC Ref:643993)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sherriff Court and Justice of the Peace Court
Po Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Glasgow City Council("the council") must, by the notice in writing as soon as possible after the decision has been made, inform all
tenderers and candidates concerned of its decision to award the contract, conclude the framework or establish a dynamic purchasing
system. The council must allow a period of at least the relevant standstill period(where the notice is sent by facsimile or electronic means
the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sending by other means
the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the public contract (Scotland)
Regulation 2015("the Regulations"). The council is obliged to comply with the regulations and any eligible economic operator can bring an
action in the Sherriff Court or the Court of Session where as a consequence of a breach by the council, suffers or risks suffering loss or
damage. The bringing of court proceedings during standstill period means the council must not enter into a contract, conclude the
framework or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court by
the interim order brings to an end trhe prohibition. The bringing of court proceedings after the standstill period has elapsed and the
remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the council seeking further
clarification on the notice, to which the council must respond within 15 days. Economic operators should be mindful to seek their own
independant legal advise when they consider appropriate to do so.